AMENDMENT OF SOLICITATION/MODIFICATION OF ...

48
SEE SCHEDULE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 30-105-04 EXCEPTION TO SF 30 APPROVED BY OIRM 11-84 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 The purpose of this modification is to add $25k to line item 1015; remove remaining funds from line items 1007AB, 1007AC, 1007AD, and 1007AE (total $5,236.31) and move them to line item 1015; and make a change to the timing of grass cutting areas C and E to help support the Federally endangered Karner blue butterf ly. 1. CONTRACT ID CODE PAGE OF PAGES J 1 48 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 16C. DATE SIGNED BY 16B. UNITED STATES OF AMERICA 15C. DATE SIGNED 15B. CONT RACT OR/OFFEROR (Signature of Contracting Officer) (Signature of person authorized to sign) 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9B. DATED (SEE ITEM 11) X W912ES-16-C-0004 10B. DATED (SEE ITEM 13) X 9A. AMENDMENT OF SOLICITATION NO. 16-Sep-2016 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) See Schedule 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. X IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Changes Fixed-Price, FAR 52.243-1 Alt III D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) 10A. MOD. OF CONT RACT /ORDER NO. 2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable) 6. ISSUED BY 3. EFFECTIVE DATE CODE CONTRACTING DIVISION USACE - ST. PAUL 180 5TH STREET E SUITE 700 ST. PAUL MN 55101-1678 W912ES 7. ADMINISTERED BY (If other than item 6) 4. REQUISITION/PURCHASE REQ. NO. CODE See Item 6 KAIYUH SERVICES, LLC 1205 E INTL AIRPORT RD STE 100 ANCHORAGE AK 99518-1409 FACILIT Y CODE 6ZK56 CODE EMAIL: TEL: Modification Control Number: b6ct9jhr18213

Transcript of AMENDMENT OF SOLICITATION/MODIFICATION OF ...

SEE SCHEDULE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print)

30-105-04EXCEPTION TO SF 30APPROVED BY OIRM 11-84

STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

The purpose of this modification is to add $25k to line item 1015; remove remaining funds from line items 1007AB, 1007AC, 1007AD, and 1007AE (total $5,236.31) and move them to line item 1015; and make a change to the timing of grass cutting areas C and E to help support the Federally endangered Karner blue butterfly.

1. CONTRACT ID CODE PAGE OF PAGES

J 1 48

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

16C. DATE SIGNED

BY

16B. UNITED STATES OF AMERICA15C. DATE SIGNED15B. CONTRACTOR/OFFEROR

(Signature of Contracting Officer)(Signature of person authorized to sign)

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code)

9B. DATED (SEE ITEM 11)

X W912ES-16-C-0004

10B. DATED (SEE ITEM 13)X

9A. AMENDMENT OF SOLICITATION NO.

16-Sep-2016

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods:

(a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.

X

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:Changes Fixed-Price, FAR 52.243-1 Alt III

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

10A. MOD. OF CONTRACT/ORDER NO.

2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable)

6. ISSUED BY

3. EFFECTIVE DATE

CODE

CONTRACTING DIVISION USACE - ST. PAUL

180 5TH STREET E SUITE 700ST. PAUL MN 55101-1678

W912ES 7. ADMINISTERED BY (If other than item 6)

4. REQUISITION/PURCHASE REQ. NO.

CODE

See Item 6

KAIYUH SERVICES, LLC1205 E INTL AIRPORT RD STE 100ANCHORAGE AK 99518-1409

FACILITY CODE6ZK56CODE

EMAIL:TEL:

Modification Control Number: b6ct9jhr18213

W912ES-16-C-0004 (b6ct9jhr18213)

Page 2 of 48

SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION A - SOLICITATION/CONTRACT FORM The total cost of this contract was increased by $25,000.00 from $6,364,901.68 (EST) to $6,389,901.68 (EST). The following have been modified: RELEASE OF CLAIMS The Contractor hereby releases the Government from any and all liability under this contract for further adjustment of any kind, including time or money, as a result of the changes made herein. This release includes any claim for time or money for the Contractor’s subcontractors (at any tier). This release also includes any claim for time or money by the Contractor and its subcontractors (at any tier) as a result of impacts to unchanged work caused in whole or in part by the changes made by this modification. SECTION B - SUPPLIES OR SERVICES AND PRICES SUBCLIN 1007AB The pricing detail quantity has decreased by 12.00 from 48.00 to 36.00. The total cost of this line item has decreased by $120.00 from $480.00 (EST) to $360.00 (EST). SUBCLIN 1007AC The pricing detail quantity has decreased by 101.00 from 202.00 to 101.00. The total cost of this line item has decreased by $844.36 from $1,688.72 (EST) to $844.36 (EST). SUBCLIN 1007AD The pricing detail quantity has decreased by 553.97 from 567.00 to 13.03. The total cost of this line item has decreased by $3,899.95 from $3,991.68 (EST) to $91.73 (EST). SUBCLIN 1007AE The pricing detail quantity has decreased by 3,720.00 from 5,280.00 to 1,560.00. The total cost of this line item has decreased by $372.00 from $528.00 (EST) to $156.00 (EST). CLIN 1015 The CLIN extended description has changed from:

W912ES-16-C-0004 (b6ct9jhr18213)

Page 3 of 48

Approx. $25,000.00 per year To: Approx. $80k . The unit price amount has increased by $30,236.31 from $50,000.00 to $80,236.31. The total cost of this line item has increased by $30,236.31 from $50,000.00 (EST) to $80,236.31 (EST). SECTION C - DESCRIPTIONS AND SPECIFICATIONS The following have been modified: SCOPE OF WORK

PERFORMANCE WORK STATEMENT (PWS)

Directorate of Public Works (DPW) Roads & Grounds Maintenance Services

Fort McCoy, WI

PART 1 GENERAL INFORMATION

1 General: This is a non-personnel services contract to provide Roads & Grounds (R&G) maintenance services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform R&G maintenance services as defined in this PWS, except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Fort McCoy is situated on approximately 60,000 acres in the Coulee Region of West Central Wisconsin. It is located on Hwy 21 between the cities of Sparta and Tomah. Fort McCoy’s primary mission is to underpin readiness of the Force by serving as a training center, and when called upon, to support power projection missions. Technical Library (TL) 1-1 contains detailed Fort McCoy base data. 1.3 Objectives: The PWS is written to define "what" is required and leaves it to the contractor the decision of "how" to perform the work. This approach is intended to allow the contractor to determine the best and most cost-effective ways to fulfill needs, emphasizing innovation and best practices. The nature of the work requires the contractor to use flexible employment and scheduling techniques, to minimize cost and maximize performance outcomes, to adapt to varying

W912ES-16-C-0004 (b6ct9jhr18213)

Page 4 of 48

workload requirements. This may require work outside normal duty hours including 24-hour operations and shift work to meet mission requirements and the unscheduled and/or emergency work. The contractor shall comply with all applicable Federal, State, and local laws, regulations, and directives. 1.4 Scope: The contractor shall be responsible for performing seasonal property maintenance services including: Project Management; Maintenance of Paved Roads, Lots, Runway/Taxiway, Unpaved Roads and Surfaces, and Trails; Culvert, Dam, Bridge Clearing; Culvert and Ditching Maintenance; Snow and Ice Removal; Grass Cutting; Turf Repair and Maintenance; Brush Cutting & Chipping; Barrier Placement; Maintenance of Borrow/Concrete/Rock Crusher/Wood Grinding Sites; Hazardous Material Spill Cleanup and Disposal; Excavation of Stream Sediment Traps; Miscellaneous RFP Service Orders (SO); and other work as described in the PWS, to ensure the installation functions at complete and full capacity, for its intended use. 1.4.1 Technical Exhibit: Technical Exhibits to the PWS are labeled as “TE” are incorporated into the solicitation and resultant contract. Throughout contract performance, the contractor shall be required to provide to the Contracting Officer’s Representative (COR) or designated Government official information to update TE. Updates must be incorporated into the contract by modification. 1.4.2 Technical Library: Technical Library items labeled as “TL” are provided for informational purposes and are working documents that require frequent updates; therefore shall not be incorporated into the contract, and do not require a contract modification for changes or updates. Throughout contract performance, the contractor shall be required to provide to the COR or designated Government official information to update TL. 1.4.3 Workload: It is anticipated that during the course of this contract there will be workload increases and decreases. The workload information displayed in the contract schedule is extrapolated based on historical information and adjusted to represent estimated future workload. This workload is provided to assist offerors in proposal preparation and shall not be a limiting factor on the contractor’s obligation to perform all services described in this contract to the required level of effort. The projected workload data is to be used in the preparation of the initial proposal. The contractor has the responsibility to adjust their workforce for the workload at any given time during the life of the contract. 1.5 Period of Performance: The period of performance shall be for one (1) base period and four (4) 12-month option years. 1.6 General Information: 1.6.1 Hours of Operation: Unless otherwise specified, the regular duty hours shall be 0700 to 1630, Monday through Friday. However, the contractor is cautioned that operating hours may be different for each function and will vary during the period of performance to meet mission requirements. The contractor shall provide fully qualified personnel to perform services and respond to emergencies as dictated by mission requirements as outlined in Section 5. Support may require services 24-hours, 365 days per year. Contractor is expected to provide an innovative approach to allow the maximum flexible work hours for any work required. The contractor shall

W912ES-16-C-0004 (b6ct9jhr18213)

Page 5 of 48

provide the Contracting Officer, COR, and Government Work Reception Center (WRC) with emergency telephone numbers for those individuals determined by the contractor to be notified after normal duty hours within 30 days after the contract award. When emergency Point of Contact (POC) changes occur, the contractor shall update the roster and provide it to the Contracting Officer, COR, and the Government Work Reception Center within one (1) business day. 1.6.2 Compensation for Other than Normal Duty Hour Work: Periodically, requirements including emergencies support, supporting mobilization/demobilization, and seasonal requirements may require work to be accomplished at times other than normal duty hours. The contractor shall use flexible work scheduling techniques to accomplish the after-hours support required to successfully perform the contract function. Should the contractor decide to use overtime or shift premiums to complete the requirements under this contract in lieu of flexible work scheduling techniques, those costs shall be identified in the contractor’s price proposal and included as part of the unit price for each Sub-element and corresponding contract line item number (CLIN). 1.6.3 Federal Holidays: The contractor is not required to provide services on Federal holidays, except in emergency situations. Federal holidays are established by Federal Law and are currently as follows: New Year’s Day 1 January (see note) Martin Luther King Jr. Day 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Independence Day 4 July (see note) Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day 11 November (see note) Thanksgiving Day 4th Thursday in November Christmas Day 25 December (see note) NOTE: If these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a regular business day, routine services shall be rescheduled to ensure mission requirements are met. Executive Orders authorizing Government military and civilian time off do not apply to Private Sector operations. The contractor shall determine appropriate staffing levels to ensure services are provided in accordance with the PWS. 1.6.4 Type of Contract: The Government will award a Firm Fixed Price Services Contract. The quantity shown per CLIN is an estimate that shall not to be exceeded without prior approval in the form of a contract modification from the Contracting Officer. The SO quantity shown per CLIN is not guaranteed; and any unused quantities may be removed by contract modification at the end of the date range covered by the CLIN. The Government pays only for the actual SO quantities ordered and received. This contract is subject to Incremental Funding in accordance with contract clause 252.232-7007. The Contractor shall not provide services exceeding the funded value of the CLINs.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 6 of 48

1.6.5 Performance Requirement Summary Description: The minimum timeliness and quality standards to be achieved by the contractor for the various functions and tasks covered in this PWS are provided in the Performance Requirements Summary table listed under each PWS paragraph. The performance standards will be used by the Government to inspect contractor’s performance. Government quality assurance surveillance of contractor performance is not limited to the task requirements as outlined in the Performance Requirements Summary (PRS). The Government reserves the right to conduct surveillance of any contract requirement. Technical Exhibit TE 1-2 describes the use of performance standards in measuring performance. 1.6.6 Quality Control: The contractor is responsible for the delivery of quality services/supplies to the Government. The contractor shall develop, implement, and maintain an effective Quality Control System, which includes a written Quality Control Plan (QCP). The QCP shall provide standard Quality Control (QC) procedures and methodologies, for monitoring and documenting contract performance, to ensure that the quality of the service meets all contract requirements. The QCP, as a minimum, shall address: QC Manager resume of experience, qualifications, and certifications Define contract requirements to be tested Test sampling methods and approach to test contract requirements (e.g., random sample,

100% inspection, or planned inspection) Test pass/fail standards Inspection test/retest checklists or worksheets Test schedule for contract requirements (e.g. daily, weekly, monthly, or annually) QC monthly summary Non-Conformance test report Trend and root cause analysis, to identify the cause and corrective action, to prevent re-

occurrence of discrepancies. Reporting and distribution of reports Records storage and retention Procedures for responding to Government customer complaints, incidental observations, and

contract discrepancy reports. The contractor’s initial QCP shall be submitted prior to the beginning of the contract full performance period. The Contracting Officer will review and provide written approval, or request a revised plan, if required. Updates to the QCP shall be in accordance with PRS 01-C below. The contractor’s approved QCP will be incorporated into the contract as TL 1-2. The contractor shall provide the COR a monthly schedule of planned QC test inspections no later than close of business 5 business days prior to the beginning of each month. The contractor shall provide the COR a QC monthly summary Non-Conformance test report no later than close of business 5 business days after the end of each month. The contractor shall provide access to other QC documentation, as requested by any designated Government official.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 7 of 48

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on

CPARS 01-A Provide the COR a monthly schedule of

planned quality control inspections no later than close of businesses 5 business days prior to the beginning of each month.

100% 100% Inspection

Results will be reported in CPARS.

01-B Provide the COR a monthly quality control inspections summary of Non-Conformance test report no later than close of business 5 business days after the end of each month.

100% 100% Inspection

Results will be reported in CPARS.

01-C The contractor’s QC Plan shall be updated annually and submitted to the COR no later than 30 days prior to the start of the next option period, for review and approval.

100% 100% Inspection

Results will be reported in CPARS.

1.6.7 Quality Assurance: The Government may use a variety of surveillance methods to evaluate the contractor’s performance. The Government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is a Government developed document for the systematic surveillance of the contractor’s performance in accordance with the requirements of the contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. Non-conforming services shall be re-performed at no increase in contract price. If non-conforming services are recurring, cannot be re-performed, or the services fail to achieve the PRS, the Government may reject the nonconforming service(s) and document the contractor’s performance record accordingly. The Government may also issue a Contract Discrepancy Report (CDR) in which the contractor will be required to respond with the development of a corrective action plan (CAP) which identifies the root cause, corrective action (CA) for the root cause, CA for the specific nonconformance, and the date the CAs will be complete. The Government may also reduce the payment to the contractor in accordance with the PRS, or reduce payment to reflect the value of the services performed, or may perform the services and charge the contractor for any related cost incurred and/or may terminate this contract for cause. 1.6.7.1 Inspection Results: The contractor will be notified of Government inspection results. The contractor shall acknowledge receipt of the inspection results. The contractor may be notified of inspection results verbally. Verbal notifications of defective work will be confirmed in writing by the Government. When Government inspectors are unable to contact the contractor to notify the contractor of inspection results, notification to the vendor will be made by E-mail with read receipts. 1.6.8 Access and General Protection/Security Policy and Procedures: The contractor and all associated subcontractors’ employees shall provide all information required for background checks to meet installation access requirements to be accomplished by Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by the Department of Defense (DOD), Head Quarters Department of the

W912ES-16-C-0004 (b6ct9jhr18213)

Page 8 of 48

Army (HQDA), and/or local policy. The contractor and all associated subcontractors’ employees shall also comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), and Fort McCoy Pamphlet 190-13.8 Installation Access Control. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. The Government may require monthly participation in the Installation Random Anti-terrorism Program. 1.6.8.1 Access to the Ammo Supply Point (ASP): Referencing PWS 1.6.12.3, the contractor shall make the COR aware of new hires on the contractor’s personnel roster. The COR will use the new hire information to coordinate access clearance to the ASP IAW with local policy. 1.6.8.2 AT Level I Training: For contractor employees with an area of performance as defined by Fort McCoy Pamphlet 190-13.8 (Installation Access Control) or when deemed applicable by the Anti-Terrorism Officer (ATO). All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 30 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at https://jkodirect.jten.mil. Classroom AT Level 1 Training can also be coordinated with the Fort McCoy Installation ATO at (608) 388-4719. This is an annual requirement. Submit training rosters to the COR and Contracting Officer. COR will give a copy to the ATO.  1.6.8.3 iWATCH Training: For contractor employees with an area of performance as defined by Fort McCoy Pamphlet 190-13.8 (Installation Access Control) or when deemed applicable by the ATO. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract performance start date and within 30 calendar days of new employees’ commencing performance, with the results reported to the COR no later than 30 calendar days after training completion. This is an annual requirement. Submit training rosters to the COR and Contracting Office. COR will give a copy to the ATO.  1.6.8.4 Identification of Contractor Employees: The contractor (to include subcontractors) shall provide each employee either a RAPIDGate pass or an Identification (ID) Badge, which includes at a minimum, the Company Name, Employee Name and a color photo of the employee. ID Badges shall be worn at all times during which the employee is performing work under this contract. All contractor employees (to include subcontractors) shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The contractor (to include subcontractors) shall be responsible for collection of ID Badges upon completion of the contract or termination of employee. A listing

W912ES-16-C-0004 (b6ct9jhr18213)

Page 9 of 48

of issued identification cards shall be furnished to the Contracting Officer prior to the contract performance date and updated as needed to reflect contractor and subcontractor personnel changes. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.8.4.1 Common Access Card (CAC): Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DOD facility and access, via logon, to DOD networks on-site or remotely; (2) Remote access, via logon, to a DOD network using DOD-approved remote access procedures; (3) Physical access to multiple DOD facilities or multiple non-DOD federally controlled facilities on behalf of the DOD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI. The contractor will designate in writing a Contractor Company Representative who will serve as their company’s single point of contact to the appropriate Government Trusted Agent. The contractor shall retrieve and turn in Government issued Common Access Cards (CAC) to the Trusted Agent (TA) prior to employees clearing the Installation.

1.6.8.4.2 Access to Government Information Systems: All contractors with access to government information technology systems must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services and must successfully complete the DOD Information Assurance Awareness training prior to access and then annually thereafter. All contractor employees working IA/IT functions must comply with DOD and Army training requirements in DOD 8570.01, DOD 8570.01M and AR 25-2 within 6 months of employment. All contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DOD 8570.01M must be completed upon contract start date. This is an annual requirement. (Submit training certificates to the COR, Contract Office and the Network Enterprise Center. 1.6.8.5 Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. 1.6.8.6 RAPIDGate Program: Fort McCoy is offering an Installation Access Control Solution called the RAPIDGate Program. This program is available, with installation approval, to new and existing vendors, contractors, sub-contractors and service providers who require routine access to Fort McCoy and desire streamlined entry into the Installation. This program is available at a registration cost to the company, with an additional fee per employee. Through two integrated processes - Access Privilege Management and Enrollment/Registration - the RAPIDGate Program enables electronic

W912ES-16-C-0004 (b6ct9jhr18213)

Page 10 of 48

verification of identity and access privileges at Fort McCoy's access control points (ACPs). Companies choosing to participate in the RAPIDGate Program will have streamlined access onto the installation. Participants will have access through all gates that size permits (Main Gate and Gate 20) and will be subject to RANDOM vehicle inspections. At the Main Gate RAPIDGate participants will be able to use either lane, enabling fast access onto the installation through that gate. Non-RAPIDGate participants and companies that choose not to participate in the RAPIDGate Program will be required to access the installation through Gate 20, whereby a Temporary day pass will be issued for each person. The maximum pass period AS an exception to policy is 30 days with approval by the Directorate of Emergency Services ( DES) Physical Security Branch. To apply for a 30 day pass, the company is required to provide Physical Security a copy of the contract award, along with identification. Companies that service Fort McCoy may enroll in the RAPIDGate Program by calling 1-877-RAPIDGate (1-877-727-4342). The Program will confirm with the installation Physical Security Branch that the company has legitimate business on the installation. Once the company has enrolled, its employees can register at the self-service KIOSK Registration Stations located at the Fort McCoy Visitor Control Center (VCC) in building 35. The RAPIDGate Program confirms the individual's employment status with the company, and then performs identity authentication and background screening. Employees who qualify are issued a personalized RAPIDGate ID Credential Badge. The Program performs background screening on a regular basis to verify continued eligibility in the Program. Questions about the Fort McCoy RAPIDGate Program should be addressed to [email protected] with the subject line RE: RAPIDGate Program, or to the Physical Security Branch, Directorate of Emergency Services at 608-388-8445 or [email protected].

1.6.8.7 Key Control: The contractor shall establish and implement methods of making sure all keys/key cards issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the contractor by the Government shall be duplicated. The contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer.

1.6.8.7.1 In the event keys, other than master keys, are lost or duplicated, the contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the contractor. 1.6.8.7.2 The contractor shall prohibit the use of Government issued keys/key cards by any persons other than the contractor and subcontractor employees. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than

W912ES-16-C-0004 (b6ct9jhr18213)

Page 11 of 48

contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.8.7.3 Lock Combinations: The contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the contractor’s Quality Control Plan. 1.6.9 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5, Post Award Orientation. The Contracting Officer, COR, and other Government personnel, may meet periodically with the contractor to review the contractor's performance. At these meetings the Contracting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.6.10 Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; monitor contractor's performance and notify both the Contracting Officer and contractor of any deficiencies; coordinate availability of Government furnished property; and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The following personnel are considered key personnel by the Government: Project Manager (PM), Alternate Project Manager (APM), Quality Control Manager (QCM), and a Site Safety and Health Officer (SSHO). A person assigned to a key position shall only perform the duties of that position and not assume duties of other key positions, with the exception: The QCM and SSHO may be the same person. The contractor shall provide a Project Manager (PM) who shall be responsible for the performance of the work. The name of the PM, and APM, who shall act for the contractor when the PM is absent, shall be designated in writing to the Contracting Officer. The PM or APM shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The PM or APM shall be available between 7:30 am and 4 pm Monday through Friday except Federal holidays or when the Government facility is closed for administrative reasons. The PM and APM shall have documented satisfactory experience and performance managing relevant facility maintenance projects that are the same or similar to the requirements of this contract. The contractor shall provide a QCM and SSHO, who perform their functions on this contract

W912ES-16-C-0004 (b6ct9jhr18213)

Page 12 of 48

independent of conflict of interest supervision from the PM or APM. The QCM shall also be designated in writing to the contracting officer. The QCM shall have a minimum experience of 3 years in quality control inspection on service or construction projects and possess formal QC training and shall have completed the 30 hour Occupational Safety and Health Act (OSHA) Construction Safety Class or equivalent, Competent Person Training, and Hazardous Waste Operations and Emergency Responders (HAZWOPER) training within the past 3 years. The SSHO shall have completed the 30 hour OSHA Construction Safety Class or equivalent, Competent Person Training, and HAZWOPER training within the past 3 years. Successor PM, APM, QCM, and SSHO shall meet or exceed the qualifications of the original designees, and shall be designated in writing to the COR and Contracting Officer, with all supporting documentation, no later than 14 calendar days upon notification of the replacement of a PM/APM/QCM/SSHO. A resume and four business references (with contact information) of the proposed key personnel shall be submitted with the contractor's proposal, for consideration of approval by the Government.

PRS Number

Performance Standard

Acceptable Quality Level

(AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on CPARS

02-A The contractor has Contracting Officer approved Key Personnel on staff.

100% 100% Inspection

Reduce monthly invoice CLIN X001 by the amount of the Key Personnel salary, for any invoice period where the KTR has a position vacancy. Results will be reported in CPARS.

1.6.12 Supervision of Contractor Employees: The Government will not exercise any supervision or control over contractor or subcontractor employees, while performing work under the contract. Such employees shall be accountable solely to the contractor, not the Government. The contractor, in turn, shall be accountable to the Government for contractor or subcontractor employees. 1.6.12.1 Technical Qualifications: Contractor personnel shall have job-appropriate education, training, experience, certifications, and licensing prior to performing work under the contract. The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Government will not provide, nor reimburse costs for, initial or refresher skills training, certifications, or licensing for contractor employees. All training is the responsibility of the contractor. The contractor is responsible for scheduling all training to ensure training is accomplished prior to the individual performing work. The contractor shall maintain records of all scheduled and accomplished training. 1.6.12.2 Certifications and Special Qualifications: Qualifications and special licenses necessary to perform work in this contract include, but are not limited to: Commercial Driver’s License (CDL) and HAZWOPER. Contractor employees who operate any contractor vehicles and equipment shall be certified, by the contractor, as being fully qualified to operate the vehicles / equipment to which they are assigned. Before the contract employee engages in any mode of

W912ES-16-C-0004 (b6ct9jhr18213)

Page 13 of 48

equipment operation, the contractor shall document all operator qualifications and provide the documentation to the Contracting Officer. 1.6.12.3 Personnel Roster and Organizational Chart: At least two working days prior to the contract performance start date; the contractor shall provide the Government a roster listing by functional area, all employees and their respective job titles. The contractor shall also maintain a current Organizational Chart showing functional responsibilities. The roster shall also identify the employee's name, position title, department, full-time/part-time employment, security clearance (if applicable), date of hire, date of termination, and the status of each employee’s security clearance or Trustworthy National Agency Check (TNAC), as applicable. The contractor shall update the roster and organization chart electronically and provide it to COR no later than the 2nd workday of each month. 1.6.13 Data Rights: All records, files, documents, and working papers, both hard copy and electronic, provided by the Government and/or generated by the contractor during performance of this contract become and remain Government property. Records shall be disposed of only as authorized by the Government. All records may be subject to the Freedom of Information Act and/or Privacy Act of 1974. All reports, records, files, documents, contractor policies/operating instructions, and working papers, both hard copy and electronic, shall be made available to the Contracting Officer, COR, Defense Investigative Service (DIS) staff, and other authorized Government representatives, for up to 6 years and 4 months after the expiration of the contract. The contractor shall obtain Contracting Officer approval before releasing any information input or stored, generated, or archived related to this contract to the contractor’s corporate or other off-site offices, to other Government activities, agencies, or to other contractors or private parties. The contractor shall provide technical advice, attend Government meetings, and provide access to data generated by the contractor at the request of the Government. The contractor shall prepare and deliver to the COR data and reports that are associated with any and all parts of the Public Works operation, requested by customers or Government agencies, and the reports specified in the contract Data Summary List (DSL) TE 1-3. 1.6.13.1 Unprogrammed Requirements: Upon notification and within required time frames, the contractor shall provide data/information associated with any and all parts of the contracted services. The data is often required within a very short suspense time. This includes, but is not limited to: input for staff studies; fact sheets; audits; one-time reports; equipment listings, densities, and maintenance records; quality control data and records; recommendations for amending, revising or originating Government regulations or policies within the scope of this contract; information requested by Government personnel performing official duties, to include monitoring contract compliance. 1.6.13.2 Data Criteria: The contractor shall provide data, reports and other documentation, subject to Government review for adequacy, utilizing the following criteria: Complete: includes all required information. Accurate: factual and correctly tabulated data. Timely: provided within the specified time frames.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 14 of 48

Properly prepared: in accordance with applicable publication or other specified format. Properly distributed: provided to the specified distributes. Includes name and signature of Project Manager certifying completeness and accuracy of submitted data. Submission by prescribed means. Electronic submission shall be in a 2007 or later Microsoft version, or current versions of other programs as applicable. Hard copy submission shall be of legible and readable quality. 1.6.14 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.15 Phase-In Period: The contractor shall take all actions necessary for a smooth transition of the contracted operations during Phase-In. The Government will make facilities available to the contractor for a maximum of 30 calendar days prior to the contract performance start date for observation and for the Phase-In of full performance requirements of this contract. The contractor shall submit a site-specific Phase-In Plan within 14 calendar days after contract award, which includes comprehensive procedures for attaining full PWS performance within the time allowed herein. The contractor shall assume full performance responsibility for SO, during the last 7 calendar days of the Phase-In period. The Phase-In Plan shall establish procedures by which the contractor shall prepare to assume full responsibility for all areas outlined in the PWS at the end of the Phase-In Period. 1.6.16 Phase-Out Period: The contractor shall develop a Phase-Out Plan to affect a smooth and orderly transfer of responsibility to a successor contractor and provide the plan to the Contracting Officer within six months prior to the end of the contract. The Government anticipates that during the last 7 calendar days of the contract, the successor contractor will phase-in to full performance for SO under the follow-on contract. The Phase-Out Plan shall, at a minimum, establish procedures to accomplish the following: Transfer of control of Government-furnished property to the successor contractor. Turn-in Government Furnished Facilities (GFF) Clean up of contractor work areas. Security debriefings in accordance with AR 380-5 and AR 380-40, for personnel holding clearances. Procedures notifying contractor personnel that the contractor is being replaced.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 15 of 48

Procedures for removal of all incumbent contractor property. Procedures for data and information transfer to the successor or the COR. Other actions required for continuity of operations, as requested by the Government. 1.6.17 Safety Plan: The contractor is solely responsible for compliance with both the EM 385-1-1, US Army Corps of Engineers (USACE) safety manual and OSHA (Public Law 91-596) and the resulting standards, OSHA Standard 29 Code of Federal Regulations (CFR) 1910, 1926, and the protection of their employees. The contractor shall establish and maintain a Safety Plan that delineates the processes and procedures the contractor shall use to prevent accidents and preserve the life and health of contractor and Government personnel. The safety plan shall be submitted within 20 calendar days after contract award. The contractor shall report contract employees’ accidents and injuries to the contractor’s Project Management Staff, the Contracting Officer, the COR and the Fort McCoy Installation Safety Office in accordance with Fort McCoy Regulation 385-10 and 29 CFR 1910. The contractor shall be responsible for all damages to persons or property that occur as a result of the contractor’s fault or negligence, and shall take proper safety and health precautions to protect the work, the workers, the public, and the property of others.

1.6.17.1 Provisions: The contractor's Safety Plan shall include the following provisions:

The contractor shall maintain reports and records on accidents, safety inspections, and investigations. The contractor shall report to the COR any accident involving any GFP, or anyone working under this contract be notified immediately of the accident. A copy of the accident report shall be provided to the Contracting Officer and COR within 3 working days of accident. The contractor shall inspect and survey contractor's work areas for potential safety hazards. The contractor shall furnish contractor personnel protective equipment and safety devices at the contractor’s expense, including but not limited to: safety cones, all ladders that comply with applicable safety standards. The contractor shall provide required safety training to contractor personnel including required respiratory protection and training for personal protection equipment provided to employees. The contractor shall develop procedures and practices that minimize accident risk. The contractor shall notify the Fort McCoy Installation Safety Office, COR, and Contracting Officer of planned visits, investigation or corrective actions required by Federal, State, Local, or any non-Fort McCoy safety agencies. The contractor shall make available to contractor personnel hazard reporting procedures in accordance with 29 CFR 1910, and 1960, as applicable. The contractor shall provide Installation Safety personnel unrestricted access to all contractor facilities, work and storage areas at all times. 1.6.18 Correspondence: The contractor shall not submit any contractor correspondence directly to the Command Group or higher headquarters directly. Any correspondence generated via email shall clearly identify the sender as a contractor employee, including company name, and employee title. Contractor letterhead or logo shall not be affixed to forms or documents used in performance of services to include, but not limited to, Technical Library documents.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 16 of 48

1.6.19 Media Information: The contractor shall not, in the performance of this contract, provide any information for media release without the approval of the Installation Public Affairs Officer. No member of the media or of the Congress (House or Senate) shall be invited onto Fort McCoy by the contractor. All media/Congressional inquiries shall be referred to the Installation Public Affairs office. Requests for medial release of information shall be submitted, in writing, to the Contracting Officer at least fifteen business days prior to the proposed release date, and specify what information is to be released, how it is to be released, the purpose of the release, and when it is proposed for release. The Contracting Officer will coordinate with the COR for functional recommendation for approval/disapproval and submit to the Public Affairs Officer for decision. Once the Contracting Officer obtains the approval/disapproval from the Public Affairs Officer, the Contracting Officer will notify the contractor in writing. 1.6.20 Customer Satisfaction Reports: Customers view both the Government staff and contractor staff as one DPW entity. Therefore, the Government utilizes a customer information and complaint brochure, as a means of monitoring customer satisfaction. From this feedback the contractor shall address any customer concerns or complaints applicable to their operation. The contractor shall not survey customers separately. 1.6.21 Service Contract Wage Determination Adjustments: In the event the Government determines that it will exercise an option, at the end of the base period or an option period, the Government will notify the contractor in accordance with the Service Contract Act of 1965, as amended. No later than 30 calendar days after the notice of the option being exercised, the contractor shall notify the Contracting Officer of any increase claimed under this clause after receiving a new wage determination unless this notification period is extended in writing by the Contracting Officer. The contractor shall utilize the Contractor Submission Format of the Price Adjustment Calculation Tool (PACT) available at the Wage Determinations OnLine.gov website http://www.wdol.gov/pact/intro.aspx to prepare the adjustment request. 1.6.22 Regulations, Manuals, and Technical Documents: Regulations, manuals, and technical documents are available at http://www.apd.army.mil. A non-inclusive list of publications and forms can be found at internet sites listed in Section 6 of this contract. It is anticipated that changes in regulations, manuals, and technical documents will occur during the performance of this contract. The contractor shall remain current and apply regulation, manual and technical document changes throughout the life of the contract. 1.6.23 Government Performance of Services: If, for any reason, the contractor fails to perform any service covered by the contract, or should an emergency require performance of services beyond the capability of the contractor, the Government may, if the Contracting Officer determines that the military mission of Fort McCoy is endangered, perform or supplement performance of such contract services with Government personnel. Such performance shall not constitute a breach of contract by the Government. The Government shall be entitled to an equitable adjustment to the estimated cost of the contract for any service, if any, which is performed by Government personnel pursuant to this paragraph. Such performance and such adjustment shall not constitute a termination within the meaning of contract clause entitled “termination for Convenience of the Government” of this contract. Nothing in this paragraph

W912ES-16-C-0004 (b6ct9jhr18213)

Page 17 of 48

shall be deemed to waive or limit any rights of the Government under contract clause entitled “Default.”

W912ES-16-C-0004 (b6ct9jhr18213)

Page 18 of 48

PART 2 DEFINITIONS & ACRONYMS

2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: ACCEPTANCE QUALITY LIMIT (AQL). The allowable variance from a standard before the Government will determine a specific service to be unsatisfactory. The maximum percent defective, maximum number of defects per hundred units, or total number of defects in the lot that will be considered as an acceptable variance from a standard. An AQL does not imply that the contractor may knowingly perform in a defective manner. It implies only that the Government recognized that defective performance might happen unintentionally. ACCIDENT. An event that causes damage, injury, or death. An event that occurs unexpectedly, without being planned. CLOSE OF BUSINESS. Is identified as the end of “regular duty hours” as defined in PWS paragraph 1.6.1 Hours of Operation. CONTRACT ADMINISTRATOR. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters. CONTRACT DISCREPANCY REPORT (CDR). A report used to document unsatisfactory contractor performance. The CDR requires the contractor to explain, in writing, why performance is unsatisfactory; how performance shall be returned to satisfactory levels; and how recurrence of the problem shall be prevented in the future. CONTRACT DISCREPANCY. A failure of the contractor to perform in accordance with contract requirements and specifications. A contract discrepancy may result from a failure of the contractor to provide, or provide on time, the required contract products or services; or it may result because delivered products or services do not meet specific contract standards. CONTRACT SPECIALIST. The official Government representative delegated authority by the contracting officer to administer a contract. This individual, normally working in an appropriate contracting or procurement career field, advises on all technical contractual matters. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has

W912ES-16-C-0004 (b6ct9jhr18213)

Page 19 of 48

authority to provide technical direction to the contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or services to the Government. The term used in this contract refers to the prime. CONTRACTOR-FURNISHED EQUIPMENT (CFE). That equipment the contractor is required to furnish in order to perform the requirements of the contract. CORRECTIVE ACTION. Consists of those efforts required to correct reported deficiencies and determine that other products are not similarly defective. CUSTOMER. The Director of Public Works (DPW), DPW decision-makers, DPW Work Reception Supervisor, DPW COR, Contracting Officer, other specifically listed Government personnel. CUSTOMER COMPLAINT. An expression of dissatisfaction with a specific contractor provided service or product provided, or lack thereof, which is presented by a customer, organization or agency that receives, or is entitled to receive, services or products from this contract. DATA SUMMARY LIST (DSL). Data required to be submitted by the contractor to the Government. A proper and correct submission of a DSL item is evidenced by the following criteria: completeness, accuracy of data, preparation in accordance with an applicable mandatory publication or other prescribing document, signature or initials by the certifying official/area supervisor, and correct and timely turn-in or distribution. DEFICIENCY. A shortcoming in the quality or state of service performed. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. DIRECTORATE OF PUBLIC WORKS (DPW). The garrison activity responsible for providing engineering support to the garrison and its tenants. EXTENSION. Additional performance time for the completion of a service order based upon a legitimate, creditable request of the contractor, approved by the work reception center. GOVERNMENT-FURNISHED PROPERTY (GFP). Property in the possession of, or directly acquired by, the Government and subsequently made available to the contractor.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 20 of 48

GOVERNMENT OFFICIAL. Government employee responsible for the associated functional area specified. Also referred to as “designated Government official”, “authorized Government official”, “designated Government representative”, or designated alternate. HAZARDOUS MATERIAL (HAZMAT). A substance or material which has been determined by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce, and which has been so designated. The term includes hazardous substances, hazardous wastes, marine pollutants, and elevated temperature materials as defined in 49 CFR, 171.811, materials designated as hazardous under the provisions of parts 172.101 and 172.102 of 49 CFR, and materials that meet the defining criteria for hazard class and divisions in part 173 of 49 CFR (part 171.8 of 49 CFR). HAZARDOUS WASTE (HAZWASTE). Waste materials that are toxic or poisonous, corrosive, irritating or sensitizing, radioactive, biologically infectious, explosive or flammable and that presents a hazard to human health and the environment. Special procedures are required for handling hazardous waste and to ensure proper collection and disposal. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. LANE MILE. A lane mile (LM), for the purpose of this contract, is a unit of measure based upon a 10 foot lane 1 mile long. MAINTENANCE. The recurring day-to-day, periodic, or scheduled work required to preserve or maintain real property/equipment to such a condition that it may be effectively utilized for its designated purpose. MATERIAL. Property which may be incorporated into or attached to an end item or which may be consumed or expended in the performance of work. It includes, but is not limited to: raw and processed material parts, components, assemblies, and supplies which may be consumed in normal use in the performance of work. OTHER DIRECT COST: Other Direct Cost (ODC) is a cost that can be identified specifically with a final cost objective that the offeror does not treat as a direct labor cost. PERFORMANCE REQUIREMENTS SUMMARY (PRS). A listing of the service outputs under the contract that is to be evaluated on a regular basis, the surveillance methods to be used for these outputs, and the performance requirement of the listed outputs. The Government will evaluate the key service outputs to ensure the contractor meets contract performance standards. PERFORMANCE STANDARD. An established and generally accepted parameter by which performance is evaluated.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 21 of 48

PERFORMANCE WORK STATEMENT (PWS). A document that describes accurately the essential and technical requirements for providing items, materiel, or services, including the standards used to determine whether the requirements have been met (Section C of this contract). PHASE-IN PERIOD. The period of contract performance during which specific parts of the full scope of this contract will be phased in until the contractor has full responsibility for all aspects of the contract. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. QUALITY ASSURANCE. The Government procedures to verify that services being performed by the contractor are acceptable in accordance with established standards and requirements of this contract. QUALITY ASSURANCE SPECIALIST. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. QUALITY CONTROL. All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. QUALITY MANAGEMENT. A planned and systematic pattern of all actions necessary to provide confidence that materials, data, supplies, services, and products conform to established technical requirements and achieve satisfactory performance. ROOT CAUSE. The initial cause of a casual chain of events which leads to an outcome or effect. The underlying issue/situation/problem that resulted in system/equipment/service failure or shutdown. SERVICE ORDER. An order written and issued by the Government (including the Service Order (SO) Terms and Conditions) for specific services to be performed by the contractor, including any exhibits and schedules attached hereto, and any and all approved plans, schedules, exhibits, designs, specifications, drawings, addenda, and modifications contemplated by the SO (The term Service Oder is equivalent & synonymous to the terms: Service Call, Service Request, and Demand Maintenance Order). SHALL. The word “shall” is used in connection with the contractor and specifies that the provisions are binding. STATUS. An update of information that indicates amount of work completed and estimated completion time/date.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 22 of 48

SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. SUPERVISE. Oversee (a process, work, workers, etc.) during execution or performance; have the oversight and direction of the work being performed. WILL. The word “will” is used to express a declaration of purpose on the part of the Government. WORK / BUSINESS DAY. The number of hours per day the contractor provides services in accordance with the contract. WORK RECEPTION CENTER. Refers to the Fort McCoy, Directorate of Public Works, Work Reception Branch WORK WEEK. Monday through Friday, except for Federal holidays unless specified otherwise. 2.2. ACRONYMS: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CDL Commercial Driver’s License CDR Contract Discrepancy Report CFR Code of Federal Regulations CLIN Contract Line Item Number CMR Contract Manpower Reporting COR Contracting Officer Representative DA Department of the Army DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense DPTMS Directorate of Plans, Training, Mobilization and Security DPW Directorate of Public Works FAR Federal Acquisition Regulation FY Fiscal Year GFF Government Furnished Facilities GFP Government Furnished Property HAZMAT Hazardous Material HAZWOPER Hazardous Waste Operations KO Contracting Officer LM Lane Mile OCI Organizational Conflict of Interest ODC Other Direct Costs OSHA Occupational Safety and Health Act/Agency PM Project Manager PRS Performance Requirements Summary PWS Performance Work Statement

W912ES-16-C-0004 (b6ct9jhr18213)

Page 23 of 48

QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program RFP Request for Proposal SCA Service Contract Act SOW Statement of Work SO Service Order TE Technical Exhibit TL Technical Library TNAC Trustworthy National Agency Check USACE US Army Corps of Engineers WI Wisconsin WRC Work Reception Center

W912ES-16-C-0004 (b6ct9jhr18213)

Page 24 of 48

PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES

3 GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 Services: The Government will provide: parking, mail, telephone, refuse collection and recycling, custodial, and pest management services; fire, police, and emergency medical and rescue protection; and security related training. 3.1.1 The contractor by virtue of this contract will provide grounds maintenance and grass cutting and snow removal service for all Government-furnished facilities as provided in PWS Section 5. The services provided by the contractor shall be at the same level as provided for all other Installation activities and shall be considered part of the scheduled workload. The contractor shall not request additional support for these services. The contractor shall remove snow and ice from steps, porches, entrances, ramps, loading docks, and sidewalks within twenty feet of entrances for buildings located within cantonment area that are utilized by the contractor. The services provided shall be at the same level as provided for all other Installation activities. 3.2 Facilities: Government Furnished Facilities (GFF) will be furnished in accordance with FAR clause 52.245-1 Government Property. See GFF TE 3-1. 3.2.1 The Government will make available for contractor use facilities. The contractor and Government personnel may at times jointly occupy the same facilities. The Government and other contractor staff currently functioning in those jointly occupied facilities will continue to function in the areas they occupy. The contractor shall provide access to contractor occupied facilities. The contractor shall return the facilities to the Government, when directed, in the same condition as received minus normal fair wear and tear. The contractor shall not alter the facilities for their internal use without prior authorization from the Contracting Officer and designated Government official. The Government reserves the right to withdraw, add, or change the amount of Government furnished space/facilities based on space utilization standards. 3.2.2 GFF Joint Inventory: An inventory of Government furnished facilities shall be done not later than five business days prior to the start of the first performance period. The contractor, incumbent contractor and the designated Government Property Official shall conduct a joint inventory of all Government furnished facilities listed and shall jointly determine the building condition and inventory keys. The Government will maintain a record of this inventory and a copy will be provided to the contractor. 3.2.3 GFF Alterations/New Construction: The contractor shall not modify existing facilities or construct new facilities or structures. 3.2.4 GFF Maintenance: The contractor shall contact the Installation Help Line (Extension 4357) for maintenance of GFF (e.g. leaking pipes, light bulb replacement, etc.).

W912ES-16-C-0004 (b6ct9jhr18213)

Page 25 of 48

3.3 Automation Equipment: Government Furnished Automation Equipment will be furnished IAW FAR clause 52.245-1 Government Property. See Government Furnished Automation Equipment TE 3-2. 3.3.1 Automation equipment listed will be provided without cost to the contractor. The contractor shall not use GFP or services for any other purpose than those described in this PWS. The contractor shall become accountable for GFP and maintain the Government official property records in accordance with Federal Acquisition Regulation (FAR) Part 45, AR 710-2, AR 735-5, and all supplements to those regulations, when the Installation Property Book Officer (IPBO) transfers it from the Government accountable records to the contractor on the appropriate form as identified by the Government. 3.3.2 Communication: The Government will provide the contractor with access to the existing Installation Local Area Network (LAN) only for automation equipment provided by the Government. The contractor shall not install software or connect any hardware to the LAN without approval from the COR and the Installation Network Enterprise Center (NEC). The Government will provide network cabling and maintenance of the cabling for Government network equipment. Additional services not included in this section must be requested in writing and approved by the Contracting Officer. 3.4 GFP Joint Inventory: An inventory of GFP shall be done not later than five business days prior to the start of the first performance period. The contractor, incumbent contractor and the designated Government Property Official shall conduct a joint inventory of all GFP listed and shall jointly determine the building/equipment condition and inventory keys. The Government will maintain a record of this inventory and a copy will be provided to the contractor. 3.4.1 GFP Annual Inventory: The contractor shall also perform an annual inspection and inventory of Government furnished facilities and automation equipment. These actions shall be completed within 60 calendar days following the anniversary date of the initial joint inspection and inventory. The contractor shall establish procedures to document and record all inventories, inspections, or audits conducted by the contractor and any corrective actions taken, and its effectiveness, during the performance period. The contractor shall submit a report of results of physical inventory to the designated Government Official and the Contracting Officer as requested. The report shall indicate shortage, loss, or destruction of, damage and excessive wear and tear to GFP. 3.4.2 GFF Termination Inventory: In not less than 15 business days prior to the termination of services, the contractor and designated Government Property Official shall conduct a joint building and condition inventory of all facilities furnished to the contractor, to include inventory of keys. All damage other than fair wear and tear, which was nonexistent at the time of the contract start date or building possession date, shall be documented and signed by the contractor. The contractor shall comply with the FAR Part 45 requirement that governs accounting for Government property lost, damaged, or destroyed while in the contractor’s possession. 3.5 Utilities: The Government will provide telephone, electric, and heating utilities to GFF, as required for direct support of work performed under this PWS. The contractor shall comply

W912ES-16-C-0004 (b6ct9jhr18213)

Page 26 of 48

with the conservation policies and procedures in AR 420-1 and in accordance with Fort McCoy policies and programs. 3.6 Materials: The Government will provide crushed rock gravel, snow and ice removal materials, top soil and fill material, dust suppressant, and cold patch asphalt, to be used in performance of this contract. Throughout contract performance, the contractor shall be ultimately responsible for requesting replenishment of materials, in writing through the COR, with requests being within at least 60 days of depletion or need of afore listed materials. The contractor shall serve as a point of contact for all delivered materials. The contractor shall: coordinate with vendors for delivery, shape piles of delivered bulk materials, collect delivery tickets at the time of delivery, accrue delivery tickets in sequential order by ticket number, and provide the hard copy delivery tickets and a consolidated electronic copy of a spreadsheet of sequentially listed ticket numbers, with delivery dates, net weights, and a total amount of delivered materials, to the designated Government official, within 2 business days of the final delivery of materials.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 27 of 48

PART 4

CONTRACTOR FURNISHED ITEMS AND SERVICES

4.0 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General Information: The contractor shall furnish all vehicles, equipment, attachments, supplies, parts, materials, tools, and any other items not furnished by the Government under Section 3, necessary to perform all work required under this PWS. The failure of the contractor, for any reason whatsoever to furnish any of the foregoing shall neither justify nor excuse achievement of the performance standards described in this PWS. 4.2 Contractor Furnished Vehicles and Equipment: Contractor Furnished Vehicles and Equipment (CFVE) used in the performance of this award shall meet, and be maintained in accordance with applicable Federal, State, and Local safety and environmental requirements. The designated Government official may inspect contractor furnished vehicles and equipment at any time, on demand, and direct that unsafe, unserviceable, or otherwise un-roadworthy vehicles or dangerous equipment be taken out of service and, if specified for cause, removed from Fort McCoy property, with which the contractor shall promptly comply. 4.3 Identification of Contractor Furnished Vehicles and Equipment: Any Contractor-Furnished Vehicles (CFVE) shall have the company name prominently displayed on both sides of the vehicle. Contractor-Furnished Vehicles used for transporting hazardous materials shall have the appropriate safety equipment installed in accordance with AR 385-55, and all other applicable Local, State, and Federal regulations. 4.4 Traffic Accidents: If the contractor is involved in a traffic accident, the contractor shall notify the Directorate of Emergency Services (DES) immediately, and provide the Installation Safety Office, a verbal report within 4 hours and a complete written report of each occurrence within 3 working days of each occurrence. The contractor is responsible for all tickets, fees, and other costs associated with traffic violations or accidents that are incurred by the contractor, while performing work under this contract. DES contact numbers: Ambulance/Fire/Police Emergencies.9-1-1; Law Enforcement Non-Emergency.608-388-2000. 4.5 Fuels and Lubricants: The contractor shall furnish all operating fuels and lubricants (e.g., gasoline/diesel/oil/antifreeze) for contractor furnished vehicles and equipment. Fuel dispensing systems using aboveground tanks shall comply with State of WI Agriculture, Trade and Consumer Protection (ATCP) regulation 93. The contractor shall complete, submit, and gain approval of TL 4-1 State of WI Aboveground Flammable/Combustible/Hazardous Liquid Storage Tank Registration, Form TR-WM-118 (12/14), prior to placement of tanks. The contractor shall complete a Monthly Aboveground Storage Tank Inspection Fort McCoy Form 372 (TL 4-2). Fueling vehicles and equipment at remote locations shall be performed using a DOT approved auxiliary fuel transfer tank and pump. 4.6 Contractor Furnished Automated Data Processing and Cellular Phone Equipment: Contractor furnished Automated Data Processing Equipment (ADPE) will not be interfaced into the Fort

W912ES-16-C-0004 (b6ct9jhr18213)

Page 28 of 48

McCoy network in accordance with AR 25-1. Contractor equipment must be labeled with the contractor’s name. The contractor shall be responsible for any costs associated with independent commercial connection for telephone and internet services. The contractor shall coordinate use of all wireless communication items (pagers, radios, cellular telephones, PDAs, etc.) with the Network Enterprise Center (NEC). 4.7 Contractor Furnished Materials: The contractor shall provide any and all materials not listed in PWS Section 3, on a cost reimbursable basis, such as but not limited to: grass seed, fertilizer, erosion control material, trees, shrubs, mulch, culverts etc. The contract Materials (Cost Reimbursable) CLIN is a Not-to-Exceed plug number dollar amount. No overhead, general and administrative (G&A) expense, profit, or sales tax will be paid in support of the Materials (Cost Reimbursable) CLIN. When purchasing materials in support of this contract, the contractor shall provide material supply vendors the Wisconsin Sales and Use Tax Exemption Certificate S-211 (R. 6-07), to support the no sales tax requirement, where the subject certificate form can be acquired on-line. Prior to the purchase of any materials, the contractor shall receive an approved SO for those materials. The purchase of materials in an amount less than $2,500 shall be supported by three vendor quotes and submitted to the WRC, for a fair and reasonable price determination, and approval of the purchase by the WRC Ordering Officer. The purchase of materials in an amount greater than $2,500 shall be supported by three vendor quotes and submitted to the WRC, for a fair and reasonable price determination, where the Contracting Officer will be the approval authority. Reimbursement for materials will be made when supported by a contractor purchase order, receiving report, and proof of payment of the supply vendor’s invoice. 4.8 Environmentally Friendly Materials: The contractor shall limit the use of hazardous, toxic and environmentally persistent materials to the extent practical and substitute with environmentally friendly materials (non-hazardous, non-toxic, and biodegradable). As additional environmentally friendly materials become available, the contractor shall request authorization prior to use. The Government reserves the right to approve or disapprove authorization. 4.9 Administrative Supplies: The contractor shall furnish all administrative and operational expendable supplies necessary to perform the requirements of this contract, including but not limited to: paper, printer cartridges, fax cartridges, pens, pencils, all necessary forms, letterhead, and administrative supplies. 4.10 Removal of Contractor Property: Within five business days after expiration or termination of this contract, the contractor shall remove all contractor-owned vehicles, equipment, tools, supplies, materials, and other items from the Installation. The Government shall not be responsible for any contractor-owned property left after contract expiration or termination. If the contractor does not remove said property from the Installation within the stated time, the Government will dispose of the property at the contractor’s expense. 4.11 Personal Safety Equipment: The contractor shall provide and be in compliance with all mandatory safety equipment required by OSHA and any other regulatory agencies. The contractor shall furnish contractor personnel protective equipment and safety devices at the contractor’s expense, including but not limited to safety cones.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 29 of 48

4.12 Telephone, Fax Machine, Copiers, and Reproduction Services: The contractor shall provide all fax machines, copiers, reproduction services, and private commercial communication lines required to support this contract. The contractor shall furnish all telephone service for internal use on this contract. The contractor shall not place satellite dishes or antennas or use unauthorized frequencies on-site. 4.13 Housekeeping: The contractor shall provide housekeeping services in Government-furnished, contractor occupied facilities or areas. This shall include facilities, yards, compounds, parking areas, and ancillary work areas (except for areas designated in Section 3). The contractor shall sweep, police and generally perform housekeeping necessary to keep the work places in a safe, neat and orderly manner. When performing site work, the contractor shall clean up after themselves and ensure site work areas are safe during all performance of work. The contractor shall maintain Government furnished facilities, supplies and material in a safe, organized and clean condition. The contractor shall be responsible for removal of snow/ice on all Government-furnished facility steps and sidewalks for safety of personnel. The contractor shall also be responsible for snow and ice removal on any surfaces unique to his operation and for grass trimming and weed control in the immediate area of GFF and any areas not accessible by normal installation grass cutting services.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 30 of 48

PART 5 SPECIFIC TASKS

5.0 PUBLIC WORKS ROADS AND GROUNDS SERVICES: The contractor shall maintain and repair roads and grounds at Fort McCoy, to enable facilities to function at complete and full capacity, for their intended use. The contractor shall conduct work in accordance with this contract and all applicable Federal, State, and local laws, regulations, and directives. The contractor shall be responsible for acquiring (on a cost reimbursable basis) all required materials and articles of trade required to successfully perform the contract requirements, except as otherwise identified in Section 3 of the PWS. The contractor’s execution schedule for work may be influenced by command priorities, unforeseen work, weather conditions, material availability, and emergency response. Work may be required after regular duty hours and could require weekend coverage. The contractor is expected to provide an innovative approach, to allow for the maximum flexible work hours, for any required routine or unscheduled emergency work. The contractor shall: Work closely with other DPW/non-DPW contractors, Government employees, and Government agencies, on and off post, to accomplish the mission of the DPW and Installation as a whole; Provide accurate data and reports to other DPW/non-DPW contractors, Government employees, and Government Agencies; Obtain approval from the DPW designated Government Official, prior to providing any data or reports to any agency/activity outside the DPW. Some of the work in this contract will be performed on ranges, primary roads going to ranges, training areas, and improved training areas. No work will be performed on ranges, while the range is in operation (Hot). Besides grass cutting and trimming, most work on the ranges is performed behind the firing line. The contractor shall notify Digger’s Hotline prior to any and all excavations, regardless of size, and operate in accordance with Digger’s Hotline standards. The contractor shall remove fallen trees and branches from Fort McCoy improved and unimproved roads, trails, snow and ice removal and grass cutting areas, and security fences, as part of the routine work performed throughout this PWS. Standing trees shall be removed by a separate contract, unless a RFP SO is issued, for the removal of standing trees. Trees and branches removed from the cantonment area, south post housing area, and airfield shall be hauled to a wood grinding site (See TL 5-10). 5.1 Work Management: The work in this contract is identified as either routine, and paid monthly in accordance with the contract schedule, where it is the responsibility of the contractor to automatically perform the work, or as Service Orders (SO) issued to the contractor by the Government. Deficiencies germane to roads and grounds operations shall be reported to the Government WRC, for consideration of approval and issuance of a SO (eg., See PWS 5.10 list of potential SO subjects). Deficiencies not within the normal roads and grounds operations shall be

W912ES-16-C-0004 (b6ct9jhr18213)

Page 31 of 48

reported to the Government WRC (e.g., reporting a water line leak, while performing mowing or snow removal operations). 5.1.2 Service Orders: The contractor shall only respond to SO issued by the Government DPW WRC. When SO are initiated to the contractor through the Government WRC, they shall be completed as indicated in the scope of work, by the indicated completion date, unless an extension to the completion date is requested and approved prior to the completion date. The contractor shall have the surge capacity to respond to emergency SO, as required (e.g., environmental spill clean-up; force protection barrier movement, etc.). Fluctuations in any SO work shall not excuse the contractor from performing routine monthly contract requirements, to the contract standards. Service orders under this contract are intended to be performed in accordance with the Service Contract Act and shall not include work covered by the Davis Bacon Act. 5.1.3 Work Documents: The Government and contractor will use electronic systems, such as E-mail, word-processer documents, spreadsheets, or databases, to send SO documents back and forth between each other. The contractor shall return SO documents to the Government, indicating that the work was complete no later than close of business on the 2nd working day after the stipulated completion date of the SO. The contractor shall not exceed work that is identified on the SO issued. Any variances to a SO statement of work or agreed upon firm fixed price SO shall be approved by the Government WRC, prior to the start of the proposed variance in the SO. The contractor shall answer work status questions, for individual SO, by the next business day.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on

CPARS 03-A Upon completion of a SO, all required

service order documentation is returned to the WRC no later than close of business on the 2nd working day after completion.

95% 100% Inspection, Periodic/Planned Inspection, Random Sample, Customer Complaint

Results will be reported in CPARS.

03-B All SO status questions are answered by the next business day.

100% Customer Complaint

Results will be reported in CPARS.

5.1.4 Payment for Service Orders: Completed SO work will be reimbursed on a firm fixed price basis for each SO issued by the Government. This includes work performed by the contractor and any subcontractors. The Government will not pay for rework. The quantity in the contract schedule for SO is an estimate that is not to be exceeded, where the quantity shown in the schedule for SO is not guaranteed. The Government pays only for the actual quantities ordered and received through an approved firm fixed price SO. 5.1.5 Scheduling and Coordination: For non-service order type work, the contractor shall submit to the COR a schedule of work planned for the following week, no later than close of business the Thursday prior. The plan shall indicate CLIN, PWS paragraph number, dates, and locations where specific work in the PWS is scheduled to be accomplished. The contractor shall coordinate with installation garrison and non-garrison (e.g. tenant) activities for work to be accomplished.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 32 of 48

For non-service order type work, the contractor shall submit to the COR a weekly report of actual work completed. The actual work completed report shall indicate: CLIN, PWS paragraph number, unit of measure, dates, maps or specific identification of locations of where work was accomplished, and approximate amounts of labor hours and materials applied. The weekly report shall be provided to the COR no later than close of business the second work day of the following week. The schedule of work and actual work report are to be used by the government for purposes of quality assurance and documenting historical workload. The receipt of the contractor’s schedules of work and actual work reports information does not constitute approval of the contractor’s schedule of planned work or agreement with the work reported to be accomplished. The contractor shall not perform work beyond that required by the contract, without verbal or written approval by the Contracting Officer.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on CPARS

04-A Work plan is submitted to the COR for the following week by close of business the Thursday prior.

100% 100% Inspection

Results will be reported in CPARS.

04-B Actual work completed report submitted to the COR by close of business the second work day of the following week.

100% 100% Inspection

Results will be reported in CPARS.

5.2 Improved and Unimproved Surfaces: Perform routine work involved in the maintenance and repair of roads, parking lots, sidewalks, tank trails, railroad crossings and place barriers, in accordance with AR 420-1, Department of the Army Pamphlet (DA Pam) 420-6, OSHA CFR 29, Part 1926, EPA Regulations, FAA Requirements, State Environmental Regulations, DOT State and Federal regulations, Commercial Industry Standards, and TL 1-1, Fort McCoy DPW Roads & Grounds GIS Data. The contractor shall expect higher than normal wear and tear to the landscape and improved and unimproved surfaces, due to the nature of the installation’s military operations. Maps illustrating the roads, parking lots, sidewalks, and trails is also available in the Technical Library (TL 5-1 through TL 5-4). All maintenance, and repair activities shall not encourage the spread of invasive species; see Fort McCoy Regulation 200-3, Integrated Pest Management Plan. For road work that requires detouring, or any road closures, the contractor shall manage the detour with signage, flagmen, etc. over the entire route in both directions. Notification shall be provided to the WRC 5 work days in advance of any road closures for notification to the Installation. 5.2.1 Paved Roads, Parking Lots, and Airfield Runways/Taxiways: Perform routine maintenance and repair of paved roads, parking lots, and airfield runways/taxiways to include, but not limited to: shoulder grading and road pothole repair and patching at locations identified in TL 5-1. Preventive maintenance will be systematically performed to protect pavement investments and prolong pavement life.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 33 of 48

The contractor shall routinely inspect and perform maintenance of pavement shoulders, so that paved surfaces and shoulders meet the edge of the paved surface at the same elevation. The contractor shall grade, add material, and compact the shoulder being maintained. When necessary, soil, vegetative matter, and other contaminates shall be hauled away and disposed of at a suitable location. Completed shoulder work shall have no soil or vegetative contaminates left on the shoulder nor shall any gravel, soil, or vegetative remains be left on the paved surface. Road shoulders shall be maintained from 1-4’ from the edge of the pavement, maintaining existing width, with not less than 2” minimum depth of compacted gravel. Shoulders shall be sloped to drain. Gravel or soil windrow shall not be left to restrict positive drainage from the road surface. The contractor shall inspect and perform pothole and patching repairs on all paved and chip sealed surfaces. The contractor shall eliminate all potholes greater than 4" in diameter. The streets, parking lots, and railroad crossings (TL 5-9) shall be swept or otherwise cleared of sand, rocks, salt, and other debris no later than May 1st each year.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on

CPARS 05-A Maintain 2" of crushed rock on all

established shoulders and graded to pavement level at edge of pavement and sloped away from roadway.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

5% of the monthly invoiced amount for CLIN X002. Results will be reported in CPARS.

05-B Eliminate all potholes greater than 4" in diameter.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

5% of the monthly invoiced amount for CLIN X002. Results will be reported in CPARS.

5.2.2 Unpaved Roads and Surfaces: Perform routine inspection, maintenance, and repair of unpaved roads and surfaces identified in TL 5-3, to include grading of gravel surfaces, hauling gravel material, and washout repair.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on

CPARS 06-A No occurrences of

standing water on unpaved road surfaces.

90% Periodic/Planned Inspection, Random Sample, Customer Complaint

5% of the monthly invoiced amount for CLIN X003. Results will be reported in CPARS.

06-B No occurrences of potholes or wash boarding from unpaved surfaces.

90% Periodic/Planned Inspection, Random Sample, Customer Complaint

5% of the monthly invoiced amount for CLIN X003. Results will be reported in CPARS.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 34 of 48

5.2.3 Trails: Perform routine inspection, maintenance and repair of tank trails and road crossings for tanks, to include, grading, filling, and tree and branch removal. Trail surface maintenance will use existing material that has been displaced by military traffic or storm event. Fill material will be required only as needed if material cannot be recovered at the site. Maintenance is expected to be performed prior to scheduled major military exercises and if warranted after severe storm events. A map illustrating the tank trails is available for review in the Technical Library (TL 5-4). The contractor shall coordinate with Directorate of Plans, Training, Mobilization and Security (DPTMS) to forecast and plan maintenance requirements. Major trail reconstructions are completed by other contract.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on

CPARS 07-A Depth of holes/ruts on tank

trails to be no more than 8” deep.

80% Periodic/Planned Inspection, Random Sample, Customer Complaint

Results will be reported in CPARS.

5.2.4 Culvert and Ditching Maintenance: A system of ditches, culverts, and streams on the installation serve as the drainage system for storm water. The contractor may receive a SO to perform maintenance to the drainage system. Maintenance to the drainage system will involve the removal of sediment and debris from the ditches, culverts, and steams, and will include the application of erosion control measures in accordance with a given statement of work. In general, a well-maintained smooth-flowing ditch will be free of heavy vegetation (tall grass, trees, cat tails, etc.) and standing water with enough grade to ensure self-cleaning and continuous flow. Culverts are well-maintained when the flow line and the slope from inlet to outlet still exist. No sections have settled and all joints are tight and not separated. The curtain walls are not exposed and the downstream channel has not started to erode. In well-maintained inlets, the inlet structures are straight and true, marking devices are in place and visible, and the surrounding pavement and joints are sound and water tight. The inlets are free of debris and silting, and the adjacent vegetation is not impeding the ditch drainage flow. If during the scoping of a maintenance project it is determined culvert(s) require replacement, an additional and separate RFP SO will be considered, in accordance with PWS 5.10, for the replacement of the subject culvert(s). If culvert(s) require replacement and they pass under sidewalks or roads, the contractor will be responsible for back filling and compacting the work area with gravel, but will not be responsible for the concrete or asphalt replacement.

PRS Number

Performance Standard Acceptable Quality

Level (AQL) Method of

Surveillance

Reduction In Payment (RIP) or Impact on CPARS

08-A SO work is completed in accordance with date on each SO and performed in accordance with the applicable PWS paragraph(s) and scope

100% 100% Inspection

5% of the monthly invoiced amount for CLIN X006.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 35 of 48

specified. Work performed will meet the intended purpose of the SO.

5.3 Snow and Ice Removal: The contractor shall remove snow and ice from paved and unpaved roads and surfaces to include, but not limited to: parking lots, bridges, driveways, access lanes to dumpsters and recycling containers, dumpster/recycling enclosures, delivery doors, ramps and loading docks, sidewalks, ranges, airfields, helicopter pads, fire hydrants, observation points, and training areas in accordance with priorities specified in TL 5-5 and TL 5-6. The contractor shall remove snow from all areas, to include hauling when and where necessary. Specific excess snow removal areas are identified in TL 5-5. Within the specific excess snow removal areas, there shall be no snow piling. Excess snow disposal areas are identified in TL 5-5. Obstacle markers may be used to prevent damage to Government property. Obstacle markers shall only be in place during the snow and ice removal season. The contractor shall be responsible for any damage to private or Government owned property during de-icing/plowing operations. The contractor shall immediately notify the COR of any such damage and assume responsibility for repairs to, or replacement of, any Government property damaged during the performance of this contract (e.g. buildings, light and power poles, curbs, signs, fire hydrants, landscaping, turf, vegetation including trees, etc.). All repairs shall meet industry standards and items replaced shall be a like item to the damaged property (unless approved by COR). The contractor shall monitor weather trends and factors that create the potential for hazardous snow or ice accumulations and be prepared to respond to such conditions 24/7. Snow plow route 1A is the highest priority, because is the most traveled route of patrons and emergency response traffic. In Priority 1A and 1 areas, begin snow removal and/or deicing operations immediately and maintain at 1” or less of snow accumulation or apply de-icing material during conditions of freezing precipitation. Priority 1A and 1 road intersections shall be treated with deicing material within 50 feet of the intersection in all directions, and entrances to parking lots, to allow vehicle traction and prevent skidding. All Priority 1A and 1 roads, parking lots, and sidewalks shall be complete by 6:30 a.m., to prevent the workforce and patrons from experiencing early morning hazardous conditions. All activated/operational dining facilities shall receive first clearing or deicing by 4:00 AM, and be kept clear until precipitation stops. Maintain all Priority 2 roads, parking lots, and sidewalks with no more than 4” of accumulation until precipitation stops and then continue until all surfaces are free of snow. Once Priority 1A, 1, and 2 areas are mitigated, the contractor shall proceed on to all other priority areas and continue snow removal and ice removal operations, until all areas are mitigated. The contractor shall maintain hills, curves, intersections and other hazardous areas to maintain proper visibility and traction for safe driving conditions. Snow removal at railroad crossings shall be performed so that snow does not pile-up at either outside end of the road and railroad crossing. As routine work, in any week that there is a snow event, the contractor shall clear snow from the six railroad switches that have switch heaters (Turnout 1, 3, 4, 7, 9, & Engine House), in accordance with TL 5-7 (page one), prior to 9 AM the following Tuesday. The switch heaters

W912ES-16-C-0004 (b6ct9jhr18213)

Page 36 of 48

shall be turned on until the switch plates are dry, and then turned off. The area around the switch, switch stand, and switch rod that the switch heater does not clear, shall be manually cleared of snow, to the ballast rock level. Service orders may be issued by the DPW WRC, for snow removal at switches without switch heaters, prior to rail movements in accordance with TL 5-7 page two. The Child Development Center parking lots, sidewalks, emergency exits and assembly areas must be checked frequently, to ensure the areas are kept free of snow and ice. The contractor shall provide information to the Government, for consideration of updating snow priority maps.

PRS Number

Performance Standard

Acceptable Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on

CPARS 9-A In priority 1A and 1 road areas, begin snow

removal and/or deicing operations immediately and maintain at 1” or less of snow accumulation or apply de-icing material during conditions of freezing precipitation. Sand/salt intersections in all directions. All activated/operational Dining Facilities shall receive first clearing or deicing by 4:00 AM and be kept clear until precipitation stops.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

1% of the monthly invoiced amount for CLIN X007, per snow or ice event /inspection. Results will be reported in CPARS.

9-B Remove snow and de-ice Priority 1A and 1 parking lots and walkways prior to 6:30 am.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

1% of the monthly invoiced amount for CLIN X007, per snow or ice event /inspection. Results will be reported in CPARS.

9-C Maintain all Priority 2 roads, parking lots, and sidewalks with no more than 4” of accumulation until precipitation stops and then continue until all surfaces are free of snow.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

1% of the monthly invoiced amount for CLIN X007, per snow or ice event /inspection. Results will be reported in CPARS.

9-D Complete snow removal operations, including 1 de-icing treatment, over all remaining area roads and parking lots no later than 3 working days after completion of the snow event.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

1% of the monthly invoiced amount for CLIN X007, per snow or ice event /inspection. Results will be reported in CPARS.

9-E Haul excess snow from designated areas (TL 5-5) no later than 6 working days after completion of the snow event.

95% 100% Inspection, Periodic/Planned Inspection,

1% of the monthly invoiced amount for CLIN X007,

W912ES-16-C-0004 (b6ct9jhr18213)

Page 37 of 48

Random Sample, Customer Complaint

per snow or ice event /inspection. Results will be reported in CPARS.

9-F SO work is completed in accordance with date on each SO and performed in accordance with the applicable PWS paragraph(s) and scope specified. Work performed will meet the intended purpose of the SO.

95% 100% Inspection, Periodic/Planned Inspection, Random Sample, Customer Complaint

10% of the invoiced amount of each defective SO. Results will be reported in CPARS.

5.3.1 Runway, Taxiway, and Apron Snow Removal: Remove snow and ice from runways, taxiways, and aprons at the Sparta/Fort McCoy Airfield in accordance with priorities specified in TL 5-5, Snow Removal Areas and the supplemental requirements of Annex A-10 of the Sparta/Fort McCoy Airport Operations Manual (TL 5-5-1). The contractor shall ensure all personnel performing snow and ice removal at the airfield are trained and understand the requirements as outlined in Annex A-10. The contractor shall use Government approved and supplied non-corrosive de-icing treatment material specifically for use on airfield runways and taxiways, which is effective down to at least zero degrees.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on

CPARS 10-A Snow removal operations including non-

corrosive de-icing treatment over all Airfield Priority 1 paved surfaces shall begin immediately and maintain no more than 1/2” of accumulation until precipitation stops and then continue until all surfaces are free of snow.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

Results will be reported in CPARS.

10-B Remove snow greater than 12” deep between the runway/ taxiway/apron lights and the paved surface.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

Results will be reported in CPARS.

5.4 Grounds Maintenance: Maintain Fort McCoy grounds grass cutting areas identified in TL 5-8 in a manner ensuring healthy grass presenting clean, neat and professional appearance. The contractor shall schedule and perform service work for special events, grass cutting, raking, and debris policing activities, for but not limited to: military ceremonies and special events such as concerts, as routine monthly work. Coordination shall be made with the COR and Installation Property Book Officer (IPBO) in order to perform disposition for equipment and materials found in performance of this contract. Coordination shall be made at the time the equipment or materials are found. 5.4.1 Grass Cutting: The contractor shall cut, edge, and trim grass at the designated locations in accordance with AR 420-1, table 5.4.1 and TL 5-8 as routine monthly work. The contractor may also receive SO, for grass cutting, from the DPW WRC.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 38 of 48

Prior to mowing, pick up and remove all foreign objects from established mowing areas, to include trash, papers, fallen trees and limbs lodged in or on shrubs, hedges, and fences. Trees and branches removed from the cantonment area, south post housing area, and airfield shall be hauled to a wood grinding site (See TL 5-10). Mow lakesides back to the wood line. Mow roadsides, where terrain permits, to fifteen feet from the road gravel edge, or edge of pavement, if no gravel shoulder is present. The contractor shall not mow in designated natural areas. The contractor shall use the web based Range Facility Management Support System (RFMSS), to determine when ranges and other training areas are available for grass cutting and trimming and to schedule the intended dates to perform work. Prior to performing work, the contractor shall call the DPTMS fire desk to get final approval to enter ranges or training areas. The DPTMS Range Control Office will support the contractor in gaining access to RFMSS. All work that could impact threatened and endangered species/plants shall only be done in accordance with the Fort McCoy Integrated Natural Resource Management Plan. There are designated delayed mowing areas within Grass Cutting Areas C and E. These are areas along roadsides that support the Federally endangered Karner blue butterfly and shall be mowed once annually between June 1 and July 15 with the mower blade set at a minimum of eight inches above ground level. These areas are marked with fence posts that have the top 1 foot painted red/yellow. A map will be provided by the DPW Natural Resources Branch (NRB) by May 15th annually that denotes the locations of these delayed mowing areas. The DPW NRB manages the invasive plant species that occur on the installation. Many invasive plant species occur within roadsides. Once the invasive species are sprayed with a herbicide, the roadside cannot be mowed for minimum of 10 days. Coordination with the contractor will occur concerning which areas are to be treated that will require a delay in mowing. Landscaped areas, grass cutting area A-1, as indicated on TL 5-8 shall be maintained so there is no vegetative overgrowth or weeds, to include in and around curbs, mulch/rock beds, and shrubs. Clippings and other debris from mowing, edging, trimming, and weeding will be removed concurrently and properly disposed. Trimming and mowing grass in areas of trees, shrubs, cultivated areas, fences, picnic table, BBQs, poles, walls, and other similar objects shall be accomplished to match height and appearance of the surrounding vegetation without damage to the property. Trimming shall be performed concurrently with each mowing. Grass Cutting Area Maximum Allowable Length Inches Cut to # of Inches A1 4 with bagger or raking 3 A 4 3 B 6 3 C (Includes Roadsides) 9 3

W912ES-16-C-0004 (b6ct9jhr18213)

Page 39 of 48

D (Includes Lakesides) 12 3 E Cut one time during June to Mid-July 3 Ammo Supply Point Cut the last full week of each month; on

Tuesday, Wednesday, or Thursday of that week.

3

Airfield Runway Areas 12 9 Table 5.4.1

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on CPARS

11-A Grass length does not exceed “Maximum Allowable Length” in Table 5.4.1 and all debris is concurrently removed from A1.

100% 100% Inspection, Periodic/Planned Inspection, Random Sample, Customer Complaint

1% of the monthly invoiced amount for CLIN X008. Results will be reported in CPARS.

11-B Grass trimming within 6” around objects, to include, but not limited to: buildings, structures, fences, and trees in areas A, A1, B, and C is performed concurrently with mowing.

95% Periodic/Planned Inspection, Random Sample, Customer Complaint

1% of the monthly invoiced amount for CLIN X008. Results will be reported in CPARS.

11-C SO work is completed in accordance with date on each SO and performed in accordance with the applicable PWS paragraph(s) and scope specified. Work performed will meet the intended purpose of the SO.

95% 100% Inspection, Periodic/Planned Inspection, Random Sample, Customer Complaint

10% of the invoiced amount of each defective SO. Results will be reported in CPARS.

5.4.2 Turf Repair and Maintenance: The Government will issue SO to the contractor to maintain, repair, and establish new turf, e.g. damaged by vehicular traffic, troop operations, utility system repair, facility repair, pollution spills, turf disease, soil erosion, and excessive wear and tear. Repair and seed soil surface to match surrounding areas.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on CPARS

12-A SO work is completed in accordance with date on each SO and performed in accordance with the applicable PWS paragraph(s) and scope specified. Work performed will meet the intended purpose of the SO.

95% 100% Inspection, Periodic/Planned Inspection, Random Sample, Customer Complaint

10% of the invoiced amount of each defective SO. Results will be reported in CPARS.

5.5 Brush Cutting, Chipping, and Debris Removal: The Government will issue SO for brush cutting, chipping, and debris removal. The definition of brush, for this contract is shrubby vegetation that does not produce commercial timber, where trees are considered brush when they are not allowed to reach commercial timber size. For the purpose of this contract, anything smaller than 5" diameter at 4.5 feet above the ground is not considered commercial in a harvest. The

W912ES-16-C-0004 (b6ct9jhr18213)

Page 40 of 48

historical workload for this requirement is less than 10 issued SO, with a cumulative amount of area of less than 5 acres of brush cutting, chipping, and debris removal per year.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on CPARS

13-A SO work is completed in accordance with date on each SO and performed in accordance with the applicable PWS paragraph(s) and scope specified. Work performed will meet the intended purpose of the SO.

95% 100% Inspection

10% of the invoiced amount of each defective SO. Results will be reported in CPARS.

5.6 Barrier Placement: The contractor shall load, transport, unload and place concrete jersey barriers as requested by the Government WRC, by SO. A SO may involve the movement of a small or large number of barriers at a time, within the timeframes specified in the SO statement of work, for force protection.

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on CPARS

14-A SO work is completed in accordance with date on each SO and performed in accordance with the applicable PWS paragraph(s) and scope specified. Work performed will meet the intended purpose of the SO.

100% 100% Inspection

10% of the invoiced amount of each defective SO. Results will be reported in CPARS.

5.7 Maintain Borrow, Concrete, Rock Crusher, Wood Grinding Sites: The contractor shall receive SO to maintain the: borrow, concrete, rock crusher, and wood grinding sites. The current site locations are identified in the Technical Library (TL 5-10). The Government may authorize changes or additions to the designated site locations. The work is normally performed by a heavy equipment operator using a bull dozer to shape material piles, level the area, or make room for additional materials. The wood grinding sites are maintained by pushing woody debris into accessible piles, for future wood grinding, by other contract. The work at each of the five sites may require maintenance two times per year, taking an estimated average of eight hours to complete the site work each time, including mobilization and demobilization. 5.8 Hazardous Material Spill Cleanup and Disposal: The Government will issue SO for hazardous material spill cleanup and disposal. The majority of hazardous material spill cleanups and disposals at Fort McCoy consist of various types of fuels, lubricants, antifreeze, but may include other toxic materials. The contractor shall complete the work within the specified date and time of a SO, unless a time extension is requested and approved. Prior to performing work at any remediation site, the contractor shall communicate the work schedule with the DPW Environmental Compliance Branch. Prior to the contractor backfilling and restoring a spill site, the contractor shall coordinate with the DPW Environmental Compliance Branch, so an Environmental Protection Specialist can inspect and determine whether the spill is cleaned-up to the required standards. The contractor shall use Government stockpiles of clean fill materials for use in restoring the site to its original condition. The stated costs and tonnage of the SO cost shall

W912ES-16-C-0004 (b6ct9jhr18213)

Page 41 of 48

not be exceeded, without prior WRC approval. The final SO cost shall be adjusted downward, in accordance with the actual number of tons of material removed from the spill site, where the contractor shall provide weight tickets to the WRC who will in turn provide a copy to the Environmental Compliance Branch. The contractor shall haul and deposit contaminated soil to B2960 and instructions for disposition of other materials will be determined and provided to the contractor by DPW Environmental on a case-by-case basis. The contractor shall receive SO for loading soil from B2960 and the vehicle wash facility into other contractor solid waste containers. All contractor employees working at a hazardous material spill or disposal sites, such as but not limited to: supervisors, equipment operators, general laborers and others, shall on demand from a Government representative, present proof of current HAZWOPER training in accordance with OSHA 1910.120(e)(3)(i).

PRS Number

Performance Standard Acceptable

Quality Level (AQL)

Method of Surveillance

Reduction In Payment (RIP) or Impact on CPARS

15-A KTR shall coordinate SO work schedule and pre-backfill inspection with Environmental Compliance Branch.

100% 100% Inspection, Customer Complaint

10% of the invoiced amount of each defective SO. Results will be reported in CPARS.

15-B SO work is completed in accordance with date on each SO and performed in accordance with the applicable PWS paragraph(s) and scope specified. Work performed will meet the intended purpose of the SO.

100% 100% Inspection, Customer Complaint

10% of the invoiced amount of each defective SO. Results will be reported in CPARS.

5.9 Excavate Stream Sediment Traps: The sediment trap maintenance project requires the mechanical excavation and removal of stream sediment, where work will be initiated by SO. The location description and associated data for the current sediment traps are identified in the table below, where TL 5-11 provides aerial photographic locations of the sites. Sediment removal amounts are estimates based on full capacity and may vary. This task is normally completed at least once annually in late April, where a second excavation may be required at certain locations, based on stream sediment accumulation. A second excavation would be between July and October. The work will require the contractor to call diggers hotline for locates. Access to the stream sites are from roads and trails in proximity to the stream floodplain. Sediment traps are to be excavated within the stream, staying at least 3’ away from the shoreline, to avoid stream bank failure or bank erosion. Excavated materials shall be hauled from the site by truck and may be used to maintain local tank trails or stock piled for future projects as required by the contractor. The stream sediment trap site excavation area or access trails should be maintained, groomed, and leveled to be free of equipment ruts. Bare soil shall require seeding sufficient to prevent soil loss. Based on historic sediment accumulation, the spring work load historically is completed within 3 work days and the fall work load normally does not exceed 2 work days. The contractor shall coordinate this work with the DPW Fishery Biologist.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 42 of 48

Location Target Amount Cubic Yards

Stream Transect Est. Width

Stream Transect Est. Length

Maximum Dig Depth

Silver Creek South of Big Sandy Lake 90 18' 34' 5'

Silver Creek above bridge (Below WSW Dam) 45 9' 30' 5'

Silver Creek at N/S Runway 45 15' 21' 5'

Tarr Creek at WAC Pond 45 9' 24' 4'

Ash Run at East 13th 90 15' 36' 5'

Tarr Creek at X Road 45 9' 24' 4'

Sparta Creek above Sparta Pond 90 20' 34' 5'

Sparta Creek at X Road 20 10' 18' 4'

South Fork Sparta Creek 20 6' 20' 3'

Stillwell upstream of tank trail near railroad 30 15' 20' 3'

5.10 Request for Proposal (RFP) Service Orders: The contractor may be issued SO for work such as, but not limited to:

Excavation, backfill, compaction, and related or similar work not elsewhere defined and required by work items of this performance work statement;

Deliveries of self-help materials, such as but not limited to: dirt, gravel, sand/salt mix; Install, remove, repair, and maintain earthen berms; Culvert replacement; Culvert, dam, and bridge “emergency” debris clearing; Movement of refuse and recycling containers; Sanding seal coated roads; Applying dust suppressant; Cleanup and disposal of accident and other debris; Maintenance of bumper blocks, safety markers, guard rails; Plant, trim, or cage trees and shrubs; Aeration, fertilization, and herbicide application; Revitalization of mulch/rock beds and shrubbery Trim branches or vegetation that obstruct road and trail signage

Labor rates will be pre-priced at the fully burdened Collective Bargaining Agreement CBA rate, where time will be variable and dependent on the project. Contractor labor estimates shall consist of: Laborer, Grounds Maintenance; Truck Driver Heavy; Heavy Equipment Operator, and Tractor Operator. The contractor’s proposals shall use appropriate labor classifications, for the type of work being requested. For example, work that is expected to be performed typically by a Laborer, shall not be proposed at a higher paid classification. No equipment or fuel costs shall be charged in a given RFP reply, because equipment and fuel shall be compensated for in the Project Management CLIN as Other Direct Costs.

W912ES-16-C-0004 (b6ct9jhr18213)

Page 43 of 48

If materials are required for a given SO, that are not provided by the Government under Section 3 of this PWS, they shall be provided by the contractor in accordance with PWS 4.7 and invoiced for under the Materials (Cost Reimbursable) CLIN. Request for Proposal SO work may require the contractor to coordinate with installation garrison, and non-garrison (e.g. tenant) activities, or with other DPW service contract contractors, to accomplish projects. Service order work to be performed under the Miscellaneous Service Order Work CLIN shall be assigned and completed as follows: A Statement of Work and Request for Proposal will be provided to the contractor through the Government WRC. Contractor proposals less than $2,500 will be approved by the Government WRC. Contractor proposals greater than $2,500 shall be forwarded to the Contracting Officer for approval. Upon completion of a SO, the contractor shall submit closeout documentation to the Government WRC. SO are to be completed by the required delivery date in accordance with PRS 02-A. 5.11 Enterprise Environmental, Safety and Occupational Health – Management Information System (EESOH-MIS). As part of project management, the Contractor shall provide “cradle-to-grave” (receipt to proper disposal) tracking of all hazardous materials handled under the contract. A hazardous material is any material that has a safety data sheet (SDS) or a material safety data sheet (MSDS). Tracking shall be accomplished utilizing the EESOH-MIS. “Cradle-to-grave” tracking will require the Contractor to barcode each hazardous material container as it arrives at the installation and remove each container from the system when it becomes empty and is properly disposed of. The government will provide training on the use of the EESOH-MIS system and will provide access to the system to the personnel specified by the Contractor via a CAC card. The Contractor will be required to provide completed DD Form 2875 “System Authorization Access Request (SAAR)” for each of their personnel that will require an EESOH-MIS account. Contractor will be required to provide the Government copies of any applicable SDS/MSDS for all material kept on location. 5.12 Contractor Manpower Reporting (CMR): The contractor shall report all contractor manpower required for performance of this contract. If needed, please refer to the CMR users guide at the website http://www.ecmra.mil/ to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. 6 Technical Exhibits and Library: The following index represents the technical exhibits and technical library documents contained within this contract. Reference is made to paragraph 1.2.4 for additional information relative to the technical exhibits and technical library documents. C.6.1 TECHNICAL EXHIBITS

TECHNICAL EXHIBIT – TE # / ITEM DESCRIPTION PWS Reference TE 1 Performance Work Statement (PWS) TE 1-2 Performance Requirement Summary Description 1.6.5

W912ES-16-C-0004 (b6ct9jhr18213)

Page 44 of 48

TE 1-3 Data Summary List (DSL) 1.6.13 TE 3-1 Government Furnished Facilities 3.2 TE 3-2 Government Furnished Automation Equipment 3.3

C.6.2 TECHNICAL LIBRARY

TECHNICAL LIBRARY – TL # / ITEM DESCRIPTION PWS Reference TL 1-1 Fort McCoy DPW Roads & Grounds GIS Data 1.2 TL 1-2 Contractor’s Quality Control Plan (QCP) (Incorporated into contract prior to contract full performance)

1.6.6

TL 5-1 Roads, Parking Lots and Sidewalks Maps (Airfield, Cantonment, North Post, and South Post)

5.2

TL 4-1 State of WI Aboveground Flammable/Combustible/Hazardous Liquid Storage Tank Registration, Form TR-WM-118 (12/14)

4.5

TL 4-2 Monthly Aboveground Storage Tank Inspection, Fort McCoy Form 372

4.5

TL 5-2 Culvert, Dam, Bridge Maps (Cantonment, North Post, and South Post) 5.2.4 TL 5-3 Unpaved Roads and Parking Lots Maps (Airfield, Cantonment, North Post, and South Post)

5.2.2

TL 5-4 Trails Map 5.2.3 TL 5-5 Snow and Ice Removal Priority Areas Maps (Disposal Areas, Removal Areas, Airfield, Cantonment, North Post, and South Post)

5.3

TL 5-5-1 Annex A-10 Sparta FMC Airport Operations Manual 5.3 TL 5-6 Snow Removal Fire Hydrant Maps (Cantonment and South Post) 5.3 TL 5-7 Reserved Reserved TL 5-8 Grass Cutting Maps (Cantonment, North Post, South Post) 5.4 and 5.4.1 TL 5-9 Street and Parking Lot Sweeping and Railroad Crossing Maps (Cantonment and South Post)

5.2.1

TL 5-10 Borrow, Concrete, Wood Grinding Site Map 5.8 TL 5-11 Stream Sediment Traps Maps 5.11

W912ES-16-C-0004 (b6ct9jhr18213)

Page 45 of 48

The following table shows some of the available Internet sites that offer access to various information, publications and forms.

Area of Interest URL Address

Army Publications http://www.apd.army.mil

Code of Federal Regulations

http://www.ecfr.gov/cgi-bin/ECFR?page=browse

DOD Publications http://www.defense.gov/News/Publications

DOD Electronic Forms http://www.dtic.mil/whs/directives/infomgt/forms/formsprogram.htm

Environmental Protection Agency (EPA) Publications

http://www.epa.gov/epahome/publications.htm

Fort McCoy Publications, Regulations, and Forms

https://home.army.mil/sites/cnt/fmc/drt/dhr/asd/Lists/ASD%20Links/AllItems.aspx

Occupational Safety and Health Administration (OSHA)

https://www.osha.gov

US Army Corps of Engineers Safety Manual EM 385-1-1

http://www.usace.army.mil/SafetyandOccupationalHealth.aspx

Wisconsin Department of Natural Resources (WDNR)

http://www.dnr.wa.gov

SECTION F - DELIVERIES OR PERFORMANCE The following Delivery Schedule item for SUBCLIN 1007AB has been changed from: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE POP 01-SEP-2017 TO

31-AUG-2018 N/A FORT MCCOY (DPW)

DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

W912ES-16-C-0004 (b6ct9jhr18213)

Page 46 of 48

To: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE POP 01-SEP-2017 TO

31-AUG-2018 N/A FORT MCCOY (DPW)

DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

The following Delivery Schedule item for SUBCLIN 1007AC has been changed from: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE POP 01-SEP-2017 TO

31-AUG-2018 N/A FORT MCCOY (DPW)

DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

To: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE POP 01-SEP-2017 TO

31-AUG-2018 N/A FORT MCCOY (DPW)

DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

The following Delivery Schedule item for SUBCLIN 1007AD has been changed from: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE POP 01-SEP-2017 TO

31-AUG-2018 N/A FORT MCCOY (DPW)

DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

To: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE

W912ES-16-C-0004 (b6ct9jhr18213)

Page 47 of 48

POP 01-SEP-2017 TO 31-AUG-2018

N/A FORT MCCOY (DPW) DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

The following Delivery Schedule item for SUBCLIN 1007AE has been changed from: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE POP 01-SEP-2017 TO

31-AUG-2018 N/A FORT MCCOY (DPW)

DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

To: DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

CAGE POP 01-SEP-2017 TO

31-AUG-2018 N/A FORT MCCOY (DPW)

DIRECTORATE OF PUBLIC WORKS 2171 S 8TH AVENUE FORT MCCOY WI 54656 FOB: Destination

SECTION G - CONTRACT ADMINISTRATION DATA Accounting and Appropriation Summary for the Payment Office As a result of this modification, the total funded amount for this document was increased by $25,000.00 from $6,364,901.68 to $6,389,901.68. SUBCLIN 1007AB: AB: 21720200000 088054 254062J44643701819000 E3RE 22053 (CIN W81G67722681631007AB) was decreased by $120.00 from $480.00 to $360.00 SUBCLIN 1007AC: AB: 21720200000 088054 254062J44643701819000 E3RE 22053 (CIN W81G67722681631007AC) was decreased by $844.36 from $1,688.72 to $844.36 SUBCLIN 1007AD: AB: 21720200000 088054 254062J44643701819000 E3RE 22053 (CIN W81G67722681631007AD) was decreased by $3,899.95 from $3,991.68 to $91.73

W912ES-16-C-0004 (b6ct9jhr18213)

Page 48 of 48

SUBCLIN 1007AE: AB: 21720200000 088054 254062J44643701819000 E3RE 22053 (CIN W81G67722681631007AE) was decreased by $372.00 from $528.00 to $156.00 CLIN 1015: AB: 21720200000 088054 254062J44643701819000 E3RE 22053 (CIN W81G67722681631015) was increased by $30,236.31 from $50,000.00 to $80,236.31 (End of Summary of Changes)